DOCUMENT
J -- Philips Xcelera Full Service Contract 648C85238 Base POP 04/01/18 - 03/31/19 - Attachment
- Notice Date
- 2/21/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
- ZIP Code
- 98662
- Archive Date
- 3/8/2018
- Point of Contact
- Jared Zinsmeister
- E-Mail Address
-
jared.zinsmeister@va.gov
(jared.zinsmeister@va.gov)
- Small Business Set-Aside
- N/A
- Description
- VHAPM Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >$150K VHAPM Part 808.405-6 Limiting Sources Page 4 of 4 Original Date: 08/30/2017 LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 Acquisition Plan Action ID: VA260-18-AP-1933/648-18-1-105-0042 Contracting Activity: Department of Veterans Affairs, NCO20, for the Portland VA Medical Center (PVAMC). This is a justification for an exception to fair opportunity in accordance with FAR subpart 808.405-6 Limiting Sources. This requirement will be funded by purchase request 648-18-2-105-0042. Description of Action: This acquisition is conducted under the authority of the Multiple-Award Schedule Program (41 U.S.C. 251 and 40 U.S.C. 501). The proposed sole source action is a task order against Philips Health care, a Division of Penac award contract VA797H-17-D-0022. Defense Logistics Agency (DLA) and VA National Acquisition Center (NAC) have a Joint Venture to create multiple contracts for High Tech Medical Equipment (HTME). The necessity for a Delegation of Authority Letter to place orders against this and other HTME Contracts for Services has been waived at the national level. This action is a base plus option year Firm-Fixed Price (FFP) contract for Philips Imaging Full Service Contract Repair and Support Contract. Order against: FSS Contract Number: VA797H-17-D-0022 Name of Proposed Contractor: Philips Healthcare, A Division of PENAC Street Address: 22100 Bothell Everett HWY City, State, Zip: Bothell, WA 98021 Phone: 978-659-3000 Description of Supplies or Services: The estimated value of the proposed action is $488,568.00 The proposed action is to provide PVAMC with a Philips Imaging Full Service Contract Repair and Support Contract on Philips Xcelera ISCV. Philips is the manufacturer of their imaging equipment, as well as their maintenance, software and ancillary equipment. The company has VA-approved remote ability to access the imaging equipment and to run diagnostic software and reports for improved diagnostics and equipment uptime. The warranties of this equipment must be maintained by proprietary software and services exclusive to Philips. The total estimated value of the proposed action is $488,568.00 with a period of performance 04/01/2018 03/31/2019 with four option years. FAR Clause 52.217-9 Option to Extend the Term of the Contract and 52.217-8 Option to Extend Services will be included. (4) IDENTIFY THE AUTHORITY AND SUPPORTING RATIONALE (see 8.405-6(a)(1)(i)(A), (B), and (C) or 8.405-6(b)), AND IF APPLICABLE, A DEMONSTRATION OF THE PROPOSED CONTRACTOR S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY OR SERVICE. (CHECK ALL THAT APPLY AND COMPLETE) Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized; The warranties of this equipment must be maintained by proprietary software and services exclusive to Philips. The proposed action is to provide PVAMC with a Philips Imaging Full Service Contract Repair and Support Contract on Philips Xcelera ISCV equipment. Philips is the manufacturer of the equipment as well as their maintenance, software and equipment. The company has VA-approved remote ability to access the imaging equipment to run diagnostic software and reports for improved diagnostics and equipment uptime. Items peculiar to one manufacturer: A patent, copyright or proprietary data limits competition. The proprietary data is: The software, updates, diagnosis and repair service is proprietary to Philips Healthcare, a Division of PENAC. This service is provided by Philips through their secured web-based information application that gives access to up-to-date operational and performance data from American College of Radiology (ACR) accreditation if providing services under Medicare or Medicaid reimbursement. These proprietary rights were verified by a Philips memorandum. (5) DESCRIBE WHY YOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.404(d) TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: Defense Logistics Agency and VA NAC have a Joint Venture to create multiple contracts for High Tech Medical Equipment (HTME). The pricing under these contracts were already considered to be fair and reasonable. IAW 8.405-4, pricing offered under these HTME Joint Venture contracts is established at a price reduction from standard market rates. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: The software, updates, diagnosis and repair service is proprietary to Philips Healthcare, a Division of PENAC. This service is provided by Philips through their secured web-based information application that gives access to up-to-date operational and performance data from American College of Radiology (ACR) accreditation if providing services under Medicare or Medicaid reimbursement. These proprietary rights were verified by a Philips memorandum. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: N/A (8) A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS THAT LED TO THE RESTRICTED CONSIDERATION BEFORE ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES IS MADE: N/A (9) REQUIREMENTS CERTIFICATION: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge. I understand that processing of this limited sources justification restricts consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. (This signature is the requestor s supervisor, fund control point official, chief of service or someone with responsibility and accountability.) _____ SIGNATURE DATE Christopher Arciga Biomedical Engineer FMS Biomedical Engineering NAME TITLE SERVICE LINE/SECTION 648 - Portland FACILITY (10) APPROVALS IN ACCORDANCE WITH THE VHAPM Part 806.3 OFOC SOP: This part if filled out by Contracting Staff as part of the Justification a. CONTRACTING OFFICER S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____ CONTRACTING OFFICER/DESIGNEE S SIGNATURE DATE Lisa Spiral O Neil Contract Officer NCO 20_______________________ NAME AND TITLE FACILITY b. One Level Above the Contracting Officer (Required over$150K but not exceeding $700K): I certify the justification meets requirements for other than full and open competition. _____ SIGNATURE DATE Karen Dailey NCO20 Services Team Manager HIGHER LEVEL APPROVAL (Required for orders over $700,000): c. VHA SAO HCA REVIEW AND APPROVAL (over $700,000 to $68 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for restricting consideration of the Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. _____ NAME DATE VHA Head of Contracting Activity (HCA) d. VHA Senior Procurement Executive Approval (over $68 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for other than full and open competition. _____ JAN R. FRYE DATE Deputy Assistant Secretary Office of Acquisition and Logistics Senior Procurement Executive (SPE)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f08b8ed88e87bf260ea1dafbbc7f56e8)
- Document(s)
- Attachment
- File Name: VA797H-17-D-0022 36C26018N1554 VA797H-17-D-0022 36C26018N1554_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4098695&FileName=VA797H-17-D-0022-051.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4098695&FileName=VA797H-17-D-0022-051.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA797H-17-D-0022 36C26018N1554 VA797H-17-D-0022 36C26018N1554_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4098695&FileName=VA797H-17-D-0022-051.docx)
- Record
- SN04829905-W 20180223/180221231548-f08b8ed88e87bf260ea1dafbbc7f56e8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |